SOLICITATION NOTICE
91 -- LIQUID PETROLEUM GAS
- Notice Date
- 3/10/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 424720
— Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 103 RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019216R4653
- Response Due
- 4/1/2016
- Archive Date
- 7/1/2016
- Point of Contact
- Sonia Sapla 671-333-2030 Sonia.sapla@fe.navy.mil
- E-Mail Address
-
sonia.sapla@fe.navy.mil
(sonia.sapla@fe.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION Solicitation No.: N40192-16-R-4653 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, N40192-16-R-4653 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulations (FAR) and Department of Defense FAR Supplement (DFARS). This procurement is a 100% Small Business set-aside IAW FAR 19.502-2. The North American Industry Classification System (NAICS) code is 424720. The business size standard is 100 Employees. The contractor shall provide the following commercial items requested in this solicitation: Deliver Liquid Petroleum Gas to the Naval Base and Naval Support Activity Andersen in Guam. (see attached Statement of Work (SOW) for detailed description) Item No. and Period of Performance: **CLIN 0001 Delivery of Liquid Petroleum Gas Service Unit Price/Amount: $___________. Base: 01 May 2016 thru 30 April 2017 **CLIN 0002 Delivery of Liquid Petroleum Gas Service Unit Price/Amount: $___________. Option Period 1:01 May 2017 thru 30 April 2018 **CLIN 0003 Delivery of Liquid Petroleum Gas Service Unit Price/Amount: $___________. Option Period 2:01 May 2018 thru 30 April 2019 The Government anticipates award of a Firm Fixed Price contract. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose proposal represents the best value to the Government, price and non-price related factors considered. Evaluation factors for award: (1) Technical Acceptability of the Item Offered and (2) Price. FAR Part 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offer or whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Lowest Price ;( ii) Technical capability of the item offered to meet the Government requirement. DFAR Part 252.237-7002 AWARD TO SINGLE OFFEROR (DEC 1991): (a) Award shall be made to a single offeror; (b) Offerors shall include unit prices for each item. Failure to include unit prices for each item will be cause for rejection of the entire offer; (c) The Government will evaluate offers on the basis of the estimated quantities show; (d) Award will be made to that responsive, responsible offeror whose total aggregate offer is the lowest price to the government. Quotes should include material description, catalog cuts or photos (if necessary) to be deemed technically acceptable. Quotes should include freight cost and place of delivery as described in the attached Statement of Work. Items should be delivered/shipped within 24 hours ARO, FOB: Destination. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-2 Certification of Independent Price Determination; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 System for Award Management; FAR 52.204-19 Incorporate by Reference of Representations and Certifications; FAR 52.211-8 Material Requirements; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items FAR 52.212-3 Alternate I Offeror Representations and Certifications -- Commercial Items FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.216-24 Limitation of Government Liability FAR 52.216-25 Contract Definitization FAR 52.216-27 Single or Multiple Awards FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225.13 Restriction s on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representation and Certifications; FAR 52.232-1 Payments; FAR 52.232-18 Availability of Funds; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.243-1 Changes- Fixed Price FAR 52.243-4 Changes FAR 52.244-6 Subcontracts for Commercial Items; FAR 52.247-34 F.O.B. “ Destination FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form). FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.203-7000 Compensation of former DOD Officials DFARS 252.203-7002 Requirement to inform employees of Whistleblowers Rights DFARS 252.204-0001 Payment instructions DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.204-7012 Unclassified Controlled Technical Information DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000 Material Inspection and Receiving Report; DFARS 252.247-7022 Representation of Extent of Transportation by Sea The following clauses apply under DFARS 252.212-7001: FAR 52.203-3 Gratuities; DFARS 252.227-7015 Technical Data--Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; and DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. DFARS 252.232-7006 Invoicing and Payment (WAWF Instruction) Proposing contractors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. ORCA is located at http://orca.bpn.gov. The full text of the provisions and clauses may be accessed electronically at FAR website (https://www.acquisition.gov/far/) and DFARS website (http://farsite.hill.af.mil/vfdfara.htm). Proposing contractors are required to provide their Contractors ™ DUNS Number and Commercial and Government Entity (CAGE) code with their proposal. The CAGE code entered shall be for that name and address provided by the Contractor. Offerors are required to be registered and current in the System for Award Management (SAM). For assistance with SAM registration, visit their website at: http://www.sam.gov. This combined synopsis/solicitation is also available electronically on the following websites: Federal Business Opportunities (FedBizOpps): https://www.fbo.gov/ Navy Electronic Commerce Online (NECO): https://www.neco.navy.mil/ All inquiries concerning this solicitation shall be submitted via email and subject Solicitation No.: N40192-16-R-4653 (Questions/Inquiries) to Sonia.sapla@fe.navy.mil no later than 11:00AM local (Guam) time on Friday, 18 March 2016. The Government does not intend to respond to inquiries submitted after such date. It is the responsibility of interested offerors to check the website daily for any amendments to this solicitation. No hard copies will be provided. Responses to this solicitation must be emailed and subject Solicitation No.: N40192-16-R-4653 to Sonia Sapla at Sonia.sapla@fe.navy.mil no later than (NLT) 1:00PM local (Guam) time on 1 April 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019216R4653/listing.html)
- Place of Performance
- Address: Naval Base (Santa Rita Guam) and Naval Support Activity Andersen (Dededo Guam), Santa Rita, GU
- Zip Code: 96915
- Zip Code: 96915
- Record
- SN04045949-W 20160312/160310234917-b6380f07be523e8b0707d0e4c3e1c26b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |